The Department of Veterans Affairs (VA) has issued a Combined Synopsis/Solicitation Notice for urgent asbestos abatement services at the Lake City VA Medical Center, Florida. The solicitation number is 36C24825Q0355, and responses are due by February 18, 2025, at 5 PM Eastern Time. The requirement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with the relevant Product Service Code being F108 and NAICS Code as 562910. Interested contractors must conduct a site visit, with further details provided in attached documents, including the Statement of Work and Price-Delivery Schedule. The contracting officer, Scott Brickey, can be contacted for inquiries. The urgency of this requirement underscores the VA's commitment to maintaining safe environments for veterans and staff by addressing hazardous materials promptly.
The Department of Veterans Affairs is soliciting quotes for Asbestos Abatement Services through RFQ 36C24825Q2138, adhering to FAR Part 13 and geared towards Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must be registered with the SBA and SAM. A mandatory site visit is scheduled for February 13, 2025, with quotes due by February 18, 2025, at 5:00 PM ET. Offerors are required to submit all-inclusive quotes with technical responses demonstrating compliance with government standards, including licenses and certifications. Evaluation criteria will consider technical capability, delivery, and price for best value determination. Comprehensive adherence to safety regulations from federal, state, and local authorities is mandatory throughout the contract period. Provisions regarding subcontracting limitations, certifications, and non-discrimination are incorporated to ensure equitable opportunities. This solicitation exemplifies the federal government's emphasis on engaging small businesses while ensuring compliance with safety and regulatory standards in public health and construction projects.
The Lake City VA Medical Center seeks contractors to perform urgent asbestos abatement and remediation services in the OIT AB18-64 area. The scope encompasses the removal of approximately 80 square feet of floor tile and 764 square feet of glue and black mastic, requiring the use of proper personal protective equipment (PPE) and adherence to EPA, OSHA, and other regulatory guidelines. Key responsibilities include creating a negative pressure containment setup, thorough disposal of asbestos waste, and maintaining infection control measures. Upon task completion, the site must be cleaned and waste removal documentation provided to the Lake City VAMC Safety Service. Additionally, the contractor is reminded of the local wage determination that applies to this solicitation. This Request for Proposal (RFP) underscores the VA's commitment to maintaining safe and compliant environments in its facilities, reflecting the organization's strict standards for environmental health and safety.
The document outlines a Request for Proposal (RFP) for abatement and remediation services at the Lake City VA Medical Center. The primary task involves the removal of asbestos-containing materials from approximately 80 square feet of floor tile and 764 square feet of black mastic in room AB-18. The scope includes not only the extraction and disposal of these hazardous materials but also ensuring safe handling procedures are adhered to throughout the process. The proposal is classified under the NAICS code 562910, which relates to remediation services, and consists of a single line item. The service is to be delivered to the specified medical center address in Lake City, Florida. This RFP reflects the government's commitment to maintaining safety standards and environmental protection in federal facilities.
The VAAR 852.219-78 document outlines the limitations on subcontracting for Veterans Affairs (VA) contracts, emphasizing compliance for offerors, particularly those categorized as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). It mandates that if awarded a contract, the offeror must ensure that no more than 50% of the contract amount is paid to non-VIP-listed SDVOSB and VOSB subcontractors, excluding materials costs.
Furthermore, the document details the distinctions between manufacturers and non-manufacturers and outlines the necessary certifications required from the offerors. Non-manufacturers must confirm that they do not exceed employee thresholds and that they will supply products from small business manufacturers. The offeror is also required to provide documentation to prove compliance with contracting requirements and is subject to penalties for false certifications.
These provisions are integral for maintaining the participation of veteran-owned businesses in government contracts, aligning with broader goals to support small business interests within federal procurement practices and ensuring fair subcontracting opportunities. The final certification must be completed and submitted with bids, establishing a clear obligation for compliance in contracting processes.